Loading...
HomeMy WebLinkAboutR-94-0658J-94-720 8/18/94 RESOLUTION NO. 9 4- 658 A_RESOLUTION ACCEPTING THE BID OF G. FAMILY ENTERPRISE, INC. FOR THE REMOVAL OF SOIL STORED AT THE VIRGINIA KEY YARD WASTE FACILITY FOR TRANSPORT TO MELREESE GOLF COURSE FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE AT A TOTAL PROPOSED COST OF $298,568.50; ALLOCATING FUNDS THEREFOR FROM PROJECT NO. 422417 TO BE REIMBURSED BY FEMA FROM DSR 35023, AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS SERVICE. WHEREAS, pursuant to public notice, sealed bids were received July 24, 1994 for the removal of soil at the Virginia Key Yard Waste Facility ("Facility") for the Department of General -Services Administration and Solid Waste; and WHEREAS, invitations were mailed to nineteen (19) potential bidders and six (6) bids were received; and WHEREAS, the Department of General Services Administration and Solid Waste needs to have the soil currently stored at the Facility removed and transported to the Melreese Golf Course; and WHEREAS, funds for this service are available from Project No. 422417, to be reimbursed by FEMA from DSR 35023; and CITY cor."CSSION MEEM%G OF SEFi"1994 Resolution No. _94-. 658 19 WHEREAS, the City Manager and the Assistant City Manager in charge of the Department of General Services Administration and Solid Waste recommend that the bid received from G. Family Enterprise, Inc. be accepted as the lowest responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The duly 25, 1994 bid of G. Family Enterprise, Inca for the removal of soil currently stored at the Virginia Key Yard Waste Facility to be transported to Melreese Golf Course for the Department of General Services Administration and Solid Waste at a total proposed cost of $298,588.50, is hereby accepted, with funds therefor hereby. allocated from Project No. 422417 to be reimbursed by FEMA from DSR 35023. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for this service. Section 4. This Resolution shall become effective immediately upon its adoption. -2- 94- 658 PASSED AND ADOPTED this 8th day of September 1994. SfEPHEN P. CIARK, MAYOR MATTY HIRAI, CITY CLERK PREPARED AND APPROVED BY: RAFAEL O. DIAZ DEPUTY CITY AT APPROVED AS TO FORM AND CORRECTNESS: A. QTfItN 0 S, I I I CITY A T Y ROD:osk:M4568 -3- 94- 658 CITY OF MIAMI, FLORIDA �� INTER -OFFICE MEMORANDUM TO . Honorable Mayor and Members DATE : AUG 25 FILE of the City Commission sue.iEcr : Bid No. 93-94-164-M f WBE Removal of Soil at Virginia Key FROM REFERENCES Cesa io City ger ENCLOSURES RECOMMENDATION: It is respectfully recommended that the City Commission pass the attached resolution, awarding the subject bid -Zor the removal of soil at Virginia Key Beach to G. Family Enterprises a Black vendor located at 643 N.E. 125th Street Miami, Florida 33161, the lowest most responsive and responsible bidder in accordance with Bid No. 93-94-164-M/WBE. The cost of this purchase is estimated to be $298,568.50. BACKGROUND: The Department of General Services Administration and Solid Waste has analyzed bids received pursuant to Bid No. 93-94-164-M/WBE, for furnishing of Soil Removal at the Virginia Key Yard Waste Facility. It is recommended that the award be made to G. Family Enterprises the lowest most responsive and responsible bidder at a total proposed amount of $298,568.50 Funds for project no. 422417 are to be reimbursed by FEMA from DSR 35023. Attachments H U 1a1 � .? 4P � y .=F 1 U C 1 1 . KJ •-f :? lJ 1�. 1 L W H O 1 t BUDGET FAX NO. 3055' �81 P, 01 i . CITY OF MIAMI, FI ORIDA INTER -(OFFICE MEMORANDUM j TO ° Judy S . Carter DATE FILE Chief Procurement Officez Prouuz-ement Management Division sUNECTFor the removal of soil at the Virginia rt� Kay Yazd Waste Facility FARM REF�RENCE3 fRon S. Williams Assistant CiLy Manager ENCLOCUMcs; I i The Department of general ScrvicasQ .Ar_tminiatration and Solid Waste has verified with thn Department of Budget that funds are avaiiahlp to cover the cost of the subject bid in the amount of $298,568.50. Funds are to be reimbursed from FEMA undor DSR 35023. BUDC9TARV REVTPW A APPROVED BYt Mane er SUNE , AssLotant City MAIMAgAr Department of ManagRment- and Budget �» ara�d tax tra�sn%t�'r me►� 7671 t M Pa4e� post,*_ ost Itcool i 94- 658 3 s; FLORIDA '� ,® BID NO. 93-�94-164-M/WB 7 Continued) i s BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE TTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. Pr' IV SECURITY IS REQUIRED, A •BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: 20 (Include cash discount for prompt payment, if any) Additional discount of n % if awarded all items. Warranty and/or guarantee: Not Applicable Delivery: 3 calendar days required upon receipt of Purchase Order or Notice of Award. 30 Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). j NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S)s I Charles W. George CharlesW George Kirk Tnney a) List principal business address: (street address.) 643 N. E. 125th Street. North Miami, Flo n da 11161 b) List all other offices located in the State of Florida: (street address) Not Applicable (Please use the bark of this page if more space is -necessary) MINORITY RE 11 F F.NT COMPLIANCE The undersigned bidder acknowledges that (s)he has received a .copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the city of Miami and agrees to comply with all applicable substantive and procedural provisions therein, inc. ng any amendments thereto. Bidder: G. Family •F.nternriSf-, Tnr Signature:, 71f (company.name) Date: _ July 25, 1994 Print Name: Indicate if Business is 51% Minority -owned: (Check ,one box only) i [x] BLACK [ ] HISPANIC [ ] FEMALE AFFIRSATIVE ANION pI F t? j If firm has an existing plan, effective date of implementation: _T)pc,nml,P r i toa� If firm does not have an existing plan, the Successful Bidder(43) shall be required to establish -an Affirmative Action Policy, pursuant to Ordinance 06 has amended... -See Appendix I for sample.�1r 9 4 y (b f` J Bidder: r.. Family FntPririCP, Inr Signature: (company name) AILURE TO C0MP1 ETEI__S1GH_,_ANJLRELURN THIS FORM MAY - CITY OF MIAMI BID TABULATION FOR REMOVAL OF SOIL BID NO. 93-94-164-M/WBE LEWIS GREEN CONST (.B)* G FAMILY SERVICES(B) BANNERMAN LNDSCP(B)** 627 NE 83 TERR 643 NE 125 ST 901 NW 143 ST - MIAMI FL 33138 MIAMI FL 33161 MIAMI FL 33169 DEC RIPTIO N : or a removal $317,200.00 $298,568.50 $83,000.00 of Soil at Virginia Key Beach TEMPLES HEAVY HAULING(B) HARD J CORP. AVENTURA ENG. (B)* i P 0 BOX 470400 99 NW 183 ST 3550 BISCAYNE BVD #404 MIAMI FL 33147 MIAMI FL 33169 MIAMI FL 33137 ' i DESCRIPTION: or a removal $339,921.56 $693,000.00 $386,000.00 of Soil at Virginia Key Beach * LOCATED WITHIN CITY OF MIAMI ** RESCINDED BID i C=3 �Z s } AWARD OF BID Bid No. 93-94-164- M/WBE ITEM: Removal and disposal of Soil stored at the Virginia Key Yard Waste Facility. DEPARTMENT: Parks and Recreation TYPE OF PURCHASE: Short Term Contract R A N: To remove soil currently stored at the Virginia Key Yard Waste Facility to be transported and stockpiled at the Melreese Golf Course. POTENTIAL BIDDERS: 19 BIDS RECEIVED: 6 FUNDS: Project No. 422417, to be reimbursed by FEMA from DSR 35023. BID TABULATION: G. Family Enterprises $298,568.50 BID EVALUATION: Bid Invitations Bid Mailed Responses ALL VENDORS ............................ 19 6 MINORITY/FEMALE (M/F) VENDORS.......... 19 0 Within City limits .................. 3 0 Registered with City ................ 19 0 i Black (B) Vendors ...................... 17 6 Located within City limits.......... 3 0 Registered with City ................ 17 6 Female (F) Vendors ..................... 2 0 Located within City limits.......... 0 0 Registered with City ................ 2 0 Hispanic (H) Vendors ................... 0 p Located within City limits.......... 0 0 Registered with City ................ 0 0 NON MINORITY (NM) VENDORS .............. 0 0 Located within City limits.......... 0 0 "No Bids" .............................. - p 94- 658 "?, Reason(s) for NOT awarding to local vendor: Local vendor did not respond to invitation to bid RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO G. FAMILY SERVICES A BLACK/DADE COUNTY VENDOR AT A TOTAL PROPOSED AMOUNT OF $298,568.50. i �D TZ�=►FURNISHING OF ALL LABOR, MATERIALS, EQUIPMENT AND SUPPLIES NECESSATY POR THL LOADING SOIL AT VIRGINIA !SD go.* 9 3-94- 1164-M%WBE 'WA'Tx ZrZCX) JJUULLY?5;_1994_ 11:00 7-0-7��L CIA ae�D�or� �ov�c� ��sglsR_�_c�aeR� LEWIS GREEN CONST. INC. TEMPLES HEAVY HAULING INC- G. FAMILY ENTERPRISES, INC. AVENTURA ENG. & CONST. CORP. HARD J. CORP. BANNERMAN LANDSCAPING See attached b d + „ _- We recei-v d only one copy of the bi which. was s nt to Procurement Dept. �� "` aaa?a�.-.�-.s�--•�?a�--�?�, :x;�-::�,�w,�:-1=,.�. :•��--#�a.�---��---...._....�..-_tea a.fzc• e;i.f :,r:; ...I�;n��,�;.. i,U ..v io Ci�5 solx.:;,!on, if any, ..ram._—sr"s_��. .► �.� _ • _r—w__--_ ...re i. r.e•�`-.���r rw«sr. _-e►w. ..� _ r r — _ _ w.r f � �.� �_ .► _ w_+-- r _ _ •. — r ra-_w+� a .�.._ea. r.: �. �. s A _ -------_ --- --- o_—+�. r.---._�. •._�—__--__ —_r".—•...r _a.r.w-+w rs.r sue. _._—►-----r—_.r�.s__r �—re►_�.rr--_ _—r rr--_ __�..r ------------ _-_�__..__�.-.. —r--------r_w-- -- ►----_--__a —_.•w.__.r.+r;►ryL�or �.w-►+-s..v-- •_+ter+a�.v-+.4 r_—ir _�__�.—M'_�H M.s Mr ,w_rr-.r.►..��—�__.r— T--�-MN _ _ �-_�.ia..w. �..►.r-d. r►� o�-.i4y+n � .� ►.►V.•...� ►a r►� .� sue. r _.r U r (�arao sacaisix$ bids) G�Aj�ol icy ka ste-Pxacurenent Division ri `� .-y _ +(City re &rtMant)~ _ �M CitJ�ClarkD N LEGAL ADVERTISEMENT BID NO. 93-9il 64-MLWBE Sealed bids will be received by the Cj,t;.y off Mfi ni{' City Clerk at her office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later than 11:00 A.M. JULY 2 1994 for the furnishing,o� all labor, materials, equiprnnt and supplies necessary for the bi:,4d,ing, hauling and depositing of an undetermined amount of soil located at Virginia Ivey for the Department of General Services Administration and Solid(�V�iste. This bid has been designated as a set --aside , limiting bidding to Black owned firms or individuals registered and certified with. the City of Miami's Minority/Women Business Enterprise (M/WBE) Program, in accordance with Ordinance 10062, as amended. All vendors interested in participating must be certified as an M/WBE by the City prior to bid submission. M/WBE certified firms must have their certification in a valid and current status to be eligible to bid. Proof of current certification must be submitted with bid response. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. MANDATORY SITE INSPECTION WILL TAKE PLACE ON JULY 14, 1994 AT 10:00 A.M. AT THE VIRGINIA KEY -YARD WASTE FACILITY LOC MD AT 3851 RICIMNBAO ER CAUSEWAY, FAILURE TO ATTEND THE MANDATORY SITE INSPECTION WILL DEEM YOUR BID NON- RESPONSIVE. VENDORS ARRIVING AFTER 10.15 A.M. WILL NOT BE ALIOWED r1O ATTEND THE CONFERENCE. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. kcal Preference Section 18-52 1(h) of the City Code as amexided, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. The Casty reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate charter and any other documents to verify the location of the firm's primary office. ALL VENDORS LOCATED WITHIN IIHE CITY OF MIA1,7: MUST PROVIDE A COPY OF THEIR OCCUPATIONAL LICENSE WITH THEIR BIDS. petai U, specifications for 'the bids are available upon request at the City Procurement Office located at 1390 N.W. 20th Street. The City Manager may reject all bids and readvertise. (Ad No. 1489) Cesar H. Odic, City Manager . .r,.. y ,., 7'. � K. , �;.. .,,, .. ��:...�_ '�2:v^ fJw; >, �. ���... 7i�",x;.�:��:; a•sr �. �Fi'� �'��,'7".e 1,.A ;i�:,o�r ,9.'��,f t i -` City of Miami Ilion REOUISITION FOR ADVERTISEMENT This number must appear in the advertisement. INSTRUCTIONS: Please tyl2e and attach a coDv of the adv rtis m nt with this reaWsifion. 1. Department: 2. Division: 3. Account Code number: 4. Is this a confirmation: 5. Prepared by: ❑ _ ❑ No t_ � � ..), I ,a 11 6. Size of advertisement: _Yes_ 7. Starting date: u 8. Telephone number: 9. Number of times this advertisement is to be published: 10. Type of advertisement: Legal ❑ Classified ❑ Dis la 11. Remarks: 12.G.S.A. Publication (Procur2ment Management USE ONLY Date(s) of Advertisement Invoice No. Amount Miami 13. ❑ Approved ❑ Disapproved /Department Director/Designee Date r Approved for Payment Date C jGS,PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. YI . .. I - - a....v. , 0.10.7 - —P.,—,—,